Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2022 SAM #7610
SOLICITATION NOTICE

81 -- Collapsible Water Containers

Notice Date
9/29/2022 4:54:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
DLA TROOP SUPPORT INDO-PACIFIC JBPHH HI 96860-3520 USA
 
ZIP Code
96860-3520
 
Solicitation Number
SPE30222Q0003
 
Response Due
10/3/2022 11:00:00 AM
 
Archive Date
10/10/2022
 
Point of Contact
Andrew Grove, Phone: 8083417838, Jean Ross, Phone: 8087862140
 
E-Mail Address
andrew.grove@dla.mil, jean.ross@dla.mil
(andrew.grove@dla.mil, jean.ross@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The DLA Troop Support Indo-Pacific intends to solicit for Collapsible Water Containers for DoD Troops Customers located in the Island of Oahu, Hawaii Zone.� This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in�subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� This requirement is being solicited using� FAR 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services. SOLICITATION No. SPE302-22-Q-0003, this solicitation is issued as Request for Quote (RFQ) The DLA Troop Support intends to solicit for Collapsible Water Containers for DoD Troops Customers located in the Island of Oahu, Hawaii Zone. This is a TOTAL SMALL BUSINESS SET-ASIDE acquisition.� NAICS code 326199. The Collapsible Water Jugs should be able hold around 5 gallons of water, have an attached dispensing spout and come with a handle, all of which should be made of material thick enough to generally retain its shape so it can be easily carried when filled with water. Container must be able to be issued without assembly from the responder or survivor other than removing the cap to fill the container.� Folds flat for storage. Made of sturdy, nontoxic polyethylene with reinforced seams. Container must be rectangular when filled. The spout on the water jug should be mounted on the bottom of the container allowing gravity to increase water flow.� This system is more versatile for countertop applications and better serves survivors with physical limitations. The water jugs must be collapsible when newly acquired.� This allows FEMA to maximize the quantity per pallet when transporting to a disaster location.�� The product weight should be ~ 340 gram with a wall thickness of 15 mil product. QTY:� 8,672 EA � � � � � � �***Made in China product is acceptable***. Delivery and acceptance � TBD FOB Destination FAR Provision�52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition Addendum to 52.212-1 Instructions to Offerors �Commercial Products and Commercial Services Proposal Submission: Each offeror must submit: (1) A signed copy of cover letter A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Questions pertaining to this solicitation shall be submitted in writing, no later than 8:00 a.m. Hawaii Standard Time (HST), 30 September 2022. �QUOTES ARE DUE NO LATER THAN 8 AM. HST, 3 October 2022.� Please email quote to lori.winsinger@dla.mil and andrew.grove@dla.mil. It is the offeror's responsibility to confirm receipt of proposal. Points of Contact: - Andrew Grove - email: Andrew.grove@dla.mil - Jean Ross - email: jean.ross@dla.mil Limit the file size of any individual email attachment to 5MB, and the total size of any email to 10MB. Multiple email submissions may be required. If submitting multiple emails as a proposal submission, label each email with a number (e.g., 1 of 3, accordingly. After transmitting an email submission, offerors should confirm receipt of all emails with the intended recipients. Facsimile is not an acceptable form of transmission for submission of initial proposals or revisions to initial proposals submitted in response to this solicitation. As directed by the Contracting Officer, facsimile may be used during discussions/negotiations, if discussions/ negotiations are held, for proposal revisions, including Final Proposal Revisions FAR Provision�52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition ADDENDUM to FAR 52.212-2, Evaluation of Commercial Items (a)� The Government will award contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Lowest Price Technically Acceptable (LPTA) source selection procedures will be used as the source selection method in this procurement. The following factors shall be used to evaluate offers: ������ 1.� Technical Acceptability - A technically acceptable offer is an offer that takes no exceptions to the terms and conditions in the solicitation and complies fully with all submission requirements. A proposal that takes exception to solicitation terms and conditions or that fails to comply with all submission requirements may be deemed technically unacceptable and, thus, may be found ineligible, and removed from further consideration, for the awards. By submitting a proposal with no exceptions, an offeror is confirming it possesses the necessary facilities, equipment, technical skills and capacity to successfully provide all items required by this solicitation. ����������� *** Made in China product is acceptable*** (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate offers and award a contract without discussions with offerors.� Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint.� However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.� The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.� The following clauses and provisions apply: Part 12 Clauses 252.201-7000 52.204-15 52.213-1 252.225-7012 52.233-1 52.247-34 52.203-15 52.204-18 52.215-8 52.232-1 52.233-3 52.249-8 252.203-7000 52.204-19 52.222-50 52.232-18 Availability of Funds 52.233-4 52-252-2 252.203-7002 52.204-23 52.222-50, ALT1 52.232-25 52.243-1 52.253-1 252.203-7995 252.204-7003 52.225-13 52.232-40 252.243-7001 252.225-7048 52.204-7 252.204-7004 252.225-7001 252.232-7003 52.244-6 252.225-7051 52.204-13 252.204-7009 252.255-7001, ALT1 252.232-7006 252.244-7000 252.225-7052 52.204-14 252.204-7012 252.225-7002 252.232.7010 52.246-2 Part 12 Provisions 52.212-1 252.203-7994 252.204-7008 252-225-7000 52.212-2 52.204-16 252.209-7998 252.225-700,ALT1 52.212-3 52.204-17 252.209-7999 252.225-7020 252.204-7005 52.204-20 52.217-5 52.233-9001 The full text of a solicitation clauses and provision may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html http://www.acq.osd.mil/dpap/dars/dfars/ The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. The Government intends to award a Firm-Fixed Price contract. Note 1:� To be determined responsible, a prospective contractor must meet FAR 9.104-1��General standards. Note 2:� To be determined technically acceptable, the submitted specification must meet salient characteristics stated in this solicitation. Note 3:� Multiple awards will not be made.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/48c3e717c0f04dd5a5bc0934a3f40274/view)
 
Place of Performance
Address: Honolulu, HI, USA
Country: USA
 
Record
SN06483095-F 20221001/220929230128 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.